|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 27,1999 PSA#2420Directorate Of Contracting/Bldg 1289, Oo-Alc 6038 Aspen Avenue, Hill
Air Force Base, Ut 84056-5805 99 -- COMMAND CONTROL SWITCHING SYSTEM SOL F42600-99-B-BBBB POC For
copy, Christy Smittle/Lhk/[801]777-8689, For additional information
contact Christy Smittle/Lhk/[801]777-8689 EPS Entry for the CCSS Depot
Logistics Support Contract (Sole-Source) Presolicitation
Notice.Contracting Office Address United States Air Force, Air Force
Materiel Command, OO-ALC, OO-ALC/PKXD, 6038 Aspen Ave (Bldg 1289), Hill
AFB, UT 84056. Response date OCT 25,1999. 99 -- COMMAND AND CONTROL
SWITCHING SYSTEM (CCSS) DEPOT LOGISTICS SUPPORT SOL F42600-99-R-BBBBB
POC For copy, Christy Smittle/Lhk/[801]777-8689, For additional
information contact Christy Smittle/Lhk/[801]777-8689 SUBJECT: Market
research/Request for Information (RFI) for providing Depot Logistics
Support on the Command and Control Switching System (CCSS). OO-ALC is
requesting information from interested industry parties about a
potential requirement for Depot Logistics Support on the Command and
Control Switching System (CCSS). Raytheon Systems Company (RSC) is the
OEM of the CCSS switches and most peripheral equipment. Remaining
peripheral equipment is COTS. Raytheon has supported this system under
two similar contracts for the past ten years. CCSS is an advanced
multilevel precedence electronic digital telecommunication switching
system developed for military command and control facilities requiring
highly reliable secure communications. The system provides complete
feature service to a community of users in a secure communications
environment. All trunk circuits, whether analog or digital, are
encrypted prior to transmission outside of the dedicated secure area.
CCSS is designed as a modular, expandable, high-isolation, redundant,
non-blocking switch with emphasis on reliability and interface
flexibility. The switching system provides intra/intercommunication
among subscriber lines, attendant consoles, trunks and data ports. It
features extremely high crosstalk isolation, unlimited digital
conferences, multilevel precedence and preemption call processing (to
subscriber level). CCSS switches interface with KY-3, KY-71, KY-57/58,
KY-68/78 and STU-III cryptographic devices, as well as TI bulk
encryption equipment which permits circuit access to Automated Secure
Voice Communications, Defense Switch Network (DSN) and commercial
networks. Components of the CCSS system are state-of-the-art,
non-developmental items. This acquisition will provide follow-on depot
logistic support for CCSS switches. There are currently over 100
listed operational CCSS switches located at strategic worldwide
locations. Critical users of the system include: The White House
Communications Agency, National Security Council, Chairman and the
Joint Chiefs, Army, Navy, Air Force and State Department plus key
government agencies such as the United States Secret Service, Central
Intelligence Agency, Defense Intelligence Agency and other black-world
components. Other users will be supported by the contract as they join
the CCSS. The contract will provide contractor logistic support (CLS),
spare parts replenishment, management of depot spares maintenance,
commercial technical manuals, Depot Logistic Support Office (DLSO),
Field Logistic Support Offices (FLSOs), software support, engineering
and technical assistance, switch movements (includes de-installation
and re-installation) and the capability to engineer, furnish, install
and test (EFI&T) future new site equipment and configuration upgrades.
Your response to this RFI should describe your technical approach for
providing depot logistics support to the CCSS. Your response should
include a description of your past experience with the Raytheon line of
switches used in the CCSS and identify any major cost, schedule, and
risk drivers associated with your technical approach. The Air Force is
in the sustainment phase of this weapons system's lifecycle. Any cost
information provided in response to this RFI will not be binding. The
government does not intend to award a contract on the basis of the
request or to otherwise pay for the information requested except as an
allowable cost under other contracts as provided in FAR 31.205-18, Bid
and Proposal Costs. It is anticipated that all information received in
response to this RFI will be unclassified. All data received in
response to this RFI marked or designated as corporate or proprietary
information will be fully protected from release outside the
Government. Respondents will not be notified of the results of the
Government's review of their responses. Interested parties must respond
in writing. Your response to this request must arrive in this office no
later than 1615, 23 Oct 1999 addressed to Christy Smittle at
(801)777-8689 or Fax (801) 777-7582. If you have questions or require
additional information, contact CHRISTY A. SMITTLE, Contracting
Officer. Electronic procedure will be used for this solicitation. See
our Web page Electronic procedure will be used for this solicitation.
See our Web page. !! Posted 08/25/99 (I-SN372410). (0237) Loren Data Corp. http://www.ld.com (SYN# 0413 19990827\99-0018.SOL)
99 - Miscellaneous Index Page
|
|